USDA Forest Service - 20##-20## National Mobile Food Service Unit (MFSU) Support
ID: 1202SC24RFI0001Type: Special Notice
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA FOREST SERVICEWASHINGTON, DC, 20250, USA

NAICS

Food Service Contractors (722310)

PSC

NATURAL RESOURCES/CONSERVATION- FOREST-RANGE FIRE SUPPRESSION/PRESUPPRESSION (F003)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The USDA Forest Service is seeking input through a Request for Information (RFI) for the National Mobile Food Services Unit (MFSU) support for the upcoming contract period from 2025 to 2029. This RFI aims to gather industry feedback on potential revisions to the current MFSU support, including updates to dispatch procedures, transportation clauses, and minimum order guarantees, particularly in relation to federal wildland fire incidents in the western United States. The MFSU services are critical for providing food support during emergency operations, with historical spending exceeding $203 million from 2015 to 2018, emphasizing the importance of efficient food service delivery in crisis situations. Interested parties are encouraged to submit their questions and comments via the specified QC Form to the Contracting Officer by the deadline, with further details available from Dana Price at dana.price2@usda.gov or by phone at 703-431-6656.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA Forest Service is issuing a Request for Information (RFI) for National Mobile Food Services Units (MFSU) to support operations during fire incidents. This RFI does not lead to contract awards but may precede a solicitation for Indefinite Delivery-Indefinite Quantity (IDIQ) contracts. The anticipated contract period is from March 1, 2025, to February 28, 2026, with potential for four one-year renewals. Orders will be limited to small businesses classified under NAICS Code 722310, with historical purchasing data reflecting over $203 million spent from 2015 to 2018 on mobile food services. Offerors may propose services for one or more of the 30 designated dispatch points (DDPs) across several states, with contracts awarded based on the best value and historical order activity. Each contractor guarantees a minimum order of $1,000 per day for their deployed units. Offerors also have the option to propose additional mobile units on a Call When Needed (CWN) basis, with no guaranteed annual orders. The document outlines requirements for proposals, evaluation factors, and expectations for contractor availability, emphasizing the importance of operational readiness in supporting fire suppression and emergency response efforts.
    The document outlines the contract terms and dispatch procedures for Mobile Food Services (MFSUs) utilized by the government in response to emergencies, particularly related to fire incidents. The National Interagency Coordination Center (NICC) serves as the sole dispatch center to place Task Orders based on a prioritization system. MFSUs are categorized into four priority levels, with First Priority requiring resources located at the designated dispatch point (DDP) and available to meet specific time frames. The ordering process necessitates a systematic evaluation of available MFSUs using a Cost Evaluation Formula that incorporates mileage, service duration, and meal provisions. Contractors must report their availability daily during their Mandatory Availability Period (MAP) and notify the NICC of any changes in status. Failure to comply can result in poor performance evaluations or contract penalties. The document reinforces the government’s right to verify availability and emphasizes the importance of timely communication from contractors to ensure effective service delivery during emergencies. Overall, this RFP serves as a detailed guideline for managing food service contracts amidst crisis situations, prioritizing efficiency and accountability.
    This document outlines the economic price adjustments for transportation-related contracts, specifically detailing how unit prices shall be adjusted annually upon contract renewal, based on changes in the Consumer Price Index (CPI) as provided by the Department of Labor's Bureau of Labor Statistics. Key provisions state that adjustments cannot exceed the contracted ceiling price or fall below the original proposed rates. Only specific cost elements, such as transportation labor and allocable transportation costs, are eligible for adjustments, with a minimum net change threshold of 3 percent required for any price alteration. The calculations for adjustments utilize a formula involving the unadjusted percent change in the CPI for transportation services. Additionally, any modifications to the contract will be formally documented through unilateral amendments, and the Contracting Officer retains the right to review the contractor's records for up to three years post-payment. The document serves as a significant reference for ensuring fair compensation adjustments in government contracts, reflecting changes in economic conditions relevant to transportation services.
    The U.S. Forest Service's Logistics Contracting Branch has issued a Request for Information (RFI) numbered 1202SC24RFI0001 concerning the provision of National Mobile Food Services (MFS) Unit Support for the period of 2025-2029. The document invites questions and comments from interested parties, requiring that responses be submitted through a specified online form to ensure consideration. The RFI underscores the Forest Service's ongoing commitment to resource management and operational support, emphasizing collaboration with stakeholders involved in emergency and field service operations. By soliciting detailed inquiries, the Forest Service aims to refine its understanding of service provision options and enhance overall logistics efficiency in support of its mission: "Caring for the Land and Serving People."
    The document outlines a Request for Information (RFI) regarding the National Mobile Food Services (MFS) Unit Support contract for the years 2025-2029. It seeks clarification on various aspects of the new contract cycle, performance options, and bidding processes. Key points include the period of performance lasting until February 2030, with provisions for six-month extensions; a minimum order guarantee of $5,000 instead of the previous $1,000 per day; and the competitive bidding structure for contractors to secure task orders. The document also addresses service provisions, wage determinations, and equipment requirements, emphasizing compliance with federal guidelines. Other notable inquiries include the selection process for bid proposals, the minimum number of meals required, seating arrangements, and the handling of food safety standards. The responses indicate a standardized approach to food service management, with consideration given to geographic constraints, equipment specifications, and personnel requirements. The RFI serves as a means for procurement officers to gather necessary information from potential contractors, ensuring clarity and adherence to government procurement standards. It ultimately aims to foster effective responses for food service delivery in support of federal operations during emergencies.
    Lifecycle
    Similar Opportunities
    2025-2030 National Mobile Food Service Unit (MFSU) IDIQ
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified vendors to provide National Mobile Food Service Units (MFSUs) through a presolicitation notice for the period of 2025-2030. The procurement aims to secure comprehensive catering solutions for various events and emergencies, particularly in support of wildland fire operations, emphasizing the need for flexibility, scalability, and rapid mobilization of food services. This initiative is critical for ensuring effective logistical support and high-quality food service delivery during both planned operations and emergency responses. Interested vendors must submit their questions and comments by November 4, 2024, to the designated email, and are encouraged to participate in the presolicitation conference scheduled for July 31, 2024, in Boise, ID. For further inquiries, Dana Price can be contacted at dana.price2@usda.gov or (703) 431-6656.
    USDA Forest Service All-Hazard Incident Sources Sought
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking qualified small business contractors to provide support services for all-hazard incident management, including wildfire suppression and hazardous fuels reduction projects. The procurement aims to identify capable firms that can deliver a variety of services such as food provision, heavy equipment rentals, medical services, and waste management, which are essential for protecting life, property, and natural resources during emergencies. This ongoing Sources Sought Notice serves as a market research tool to inform future procurement strategies and does not constitute a Request for Proposal. Interested parties should contact Kimberly Luft at kimberly.luft@usda.gov or 720-467-8317 for further information and must be registered in the System for Award Management (SAM) to be eligible for future contracts.
    Modular Airborne Fire Fighting Systems (MAFFS) Coordination and Maintenance Services
    Active
    Agriculture, Department Of
    Presolicitation AGRICULTURE, DEPARTMENT OF FOREST SERVICE is seeking Modular Airborne Fire Fighting Systems (MAFFS) Coordination and Maintenance Services in Boise, ID, USA. The service is typically used for inspection, maintenance, repair, inventory management, engineering support, training, and coordination activities to ensure operational readiness for eight (8) Modular Airborne Fire Fighting Systems, second generation (MAFFS II), and associated ground equipment during the wildland fire season and throughout the year. The anticipated response date is 31 March 2024 at 1400 MT. The set aside code is Total Small Business Set-Aside (FAR 19.5). The NAICS code is 488190 – Other Support Activates for Air Transportation. The small business size standard is $40 Million. The Forest Service intends to issue a request for quotes (RFQ) on or around 1 March 2024. The resulting contract will be a firm-fixed priced (FFP), indefinite-delivery, indefinite-quantity (IDIQ) contract with a twelve (12)-month base period and four (4), twelve (12)-month option periods. Interested parties shall submit quotes through e-mail to the Contracting Officer, Gwen Boyle, at Gwendolynn.Boyle@usda.gov. Contractors must be registered and active in the SAM.gov database prior to contract award. All invoices for this procurement shall be submitted through the Department of Treasury’s Internet Payment Platform (IPP). For further information, please contact Gwen Boyle at Gwendolynn.Boyle@usda.gov.
    USDA Forest Service Law Enforcement & Investigation Region 13 Zone 2 Patrol Veh UPFIT
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide upfitting services for law enforcement vehicles, including a 2024 Ram Power Wagon, under RFQ 12318725Q0026. The project involves the procurement and installation of essential emergency equipment, such as lights, sirens, and secure partitions, in compliance with national standards for law enforcement vehicles. This initiative is crucial for ensuring that the Forest Service's law enforcement personnel are equipped with reliable and effective vehicles to support their operational duties. Interested vendors must submit their proposals by November 8, 2024, and can direct inquiries to Drackus Thomas at drackus.thomas@usda.gov or Nicole Green at nicole.green2@usda.gov.
    USDA Forest Service Region 13 Zone 5 Law Enforcement Vehicle Upfitting
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking qualified contractors for the upfitting of law enforcement vehicles in Region 13, Zone 5, under solicitation RFQ 12318725Q0023. The project requires contractors to provide all necessary parts and materials, collect vehicles from designated National Forest locations, and return them after modifications, all in compliance with established national standards for law enforcement vehicles. This initiative is crucial for enhancing the operational readiness of law enforcement within the Forest Service, ensuring that vehicles are equipped with essential emergency equipment and communication systems. Interested small businesses must submit their quotes by November 1, 2024, and direct any inquiries to Drackus Thomas at drackus.thomas@usda.gov or Nicole Green at nicole.green2@usda.gov by October 29, 2024.
    Request for Information - VIPR 2025 IBPA Clerical Support Unit - Region 13 National Zone
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking feedback on a draft solicitation for the VIPR 2025 IBPA Clerical Support Unit in Region 13 National Zone. This initiative aims to establish Blanket Purchase Agreements (BPAs) for Clerical Support Units that will assist in fire suppression and all-hazard incidents across the nation, requiring contractors to provide self-contained units capable of significant printing and scanning output under challenging conditions. The agreements are crucial for ensuring operational readiness during emergency responses, with a focus on safety, compliance, and the provision of trained personnel. Interested parties are encouraged to submit their feedback by November 1, 2024, to the primary contact, Jill Leguineche, at amanda.leguineche@usda.gov or by phone at 208-387-5357.
    USDA Forest Service Region 13 Zone 3 Law Enforcement Vehicle Upfiting
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide upfitting services for two law enforcement vehicles, specifically 2024 RAM Power Wagons, to enhance their operational capabilities. The contractor will be responsible for picking up the vehicles, performing necessary modifications to meet federal standards, and delivering them back within a specified timeframe, ensuring compliance with the Forest Service's National Standards and Specifications. This initiative is crucial for maintaining and improving law enforcement readiness within the region, emphasizing the importance of high-quality modifications for safety and operational effectiveness. Quotes must be submitted by October 25, 2024, with a pre-quote question period ending on October 22, 2024. For further inquiries, interested parties can contact Drackus Thomas at drackus.thomas@usda.gov or Nicole Green at nicole.green2@usda.gov.
    Rotorwash IRSC
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking market information through a Request for Information (RFI) for the Rotorwash Integrated Resource Service Contract (IRSC) in the Okanogan Wenatchee National Forest, focusing on the Methow Valley Ranger District in Washington. The objective of this procurement is to enhance forest resilience against wildfire and disease while improving overall forest health through commercial thinning, fuels reduction, and fireline construction across approximately 550 acres, with an additional 450 acres available for optional treatments. This initiative is part of the Forest Service's commitment to utilizing stewardship contracts to meet local community needs and effectively manage public lands. Interested parties must respond to the RFI by November 13, 2024, and are encouraged to participate in a pre-proposal site visit scheduled for October 23, 2024, to discuss project details and operational requirements. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or call 605-415-9057.
    Special Notice for Third Party Logistic (3PL) Firms for Transportation, Storage, and Distribution of Food for the Agricultural Marketing Service (AMS) – Request for Information
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Agricultural Marketing Service (AMS) is seeking information from Third-Party Logistics (3PL) firms to enhance the transportation, storage, and distribution of food for its nutrition assistance programs, including the Food Distribution Program on Indian Reservations (FDPIR) and the Commodity Supplemental Food Program (CSFP). The objective of this Request for Information (RFI) is to gather insights and proposals that address current logistical challenges, improve supply chain resilience, and enhance customer experience in food distribution, particularly to remote and underserved communities. Interested firms are encouraged to propose innovative 3PL models that encompass the management of dry, refrigerated, and frozen food products, while also addressing technology integration and performance metrics. Written responses to the RFI are due by November 4, 2024, and interested parties can submit questions until October 15, 2024, with a virtual Q&A session scheduled for October 21, 2024. For further inquiries, contact Nicholas Skarzynski at nicholas.skarzynski@usda.gov.
    UTV Trailer for Gunnison Timber
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking proposals from small businesses for the procurement of a Gunnison Timber UTV trailer, which will be delivered to the GMUG Fleet Shop in Delta, Colorado. The trailer specifications include an 83" x 16' tandem axle utility model with a 7000 GVW, featuring essential components such as a 2000 top wind jack, electric brakes, and a treated wood floor, along with various safety and functional enhancements. This procurement is critical for the operational needs of the Forest Service, emphasizing durability and functionality in challenging delivery conditions. Proposals are due by November 1, 2024, and interested vendors should contact Morgan Sharp at morgan.sharp@usda.gov for further clarification and to ensure compliance with the solicitation requirements.